Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
MODIFICATION

D -- The Contractor shall provide Automated Message Handling System (AMHS) warranty and in-country Subject Matter Expert (SME) for software operations and engineering.

Notice Date
1/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS12R0010
 
Response Due
1/27/2012
 
Archive Date
3/27/2012
 
Point of Contact
Wesley Saway, 520-533-0137
 
E-Mail Address
ITEC4, Fort Huachuca DOC (NCR-CC)
(wesley.j.saway.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THE U.S. ARMY 5TH SIGNAL COMMAND U.S. ARMY EUROPE (USAREUR) AUTOMATED MESSAGE HANDLING SYSTEM (AMHS) WARRANTY AND SUBJECT MATTER EXPERT (SME) The scope of work is as follows: The Contractor shall provide Automated Message Handling System (AMHS) warranty and in-country Subject Matter Expert (SME) for software operations and engineering. The Contractor shall support the European and tactical theaters of operation. The work to be performed will be managed by the 5th Signal Command AMHS Contracting Officer's Representative (COR), the Program Manager (PM), Defense Messaging System (DMS), Army-Europe. The AMHS support shall include warranty, upgrade, training and engineering support. AMHS is the interface between the AMHS end-node 'customer' and the Defense Information Systems Agency (DISA) Defense Messaging System (DMS) global backbone. The AMHS is the vehicle that transports a DMS 'message'. The US Army 5th Signal Command manages the current AMHS support for the U.S. European Command (USEUCOM), the U.S. African Command (USAFRICOM), U.S. Army Europe (USAREUR), and the U.S. Air Force Europe (USAFE). Consolidation of the hardware and related operations and maintenance manpower to a single location over a period of several years has simplified long term support and training, reduced manning levels, and improved the efficiency of messaging services while reducing costs. The AMHS component, together with its DMS Backbone Interface component, the 'CommPower Enterprise Extensible Markup Protocol' (CPeXP) and Type2 Cryptographic Support Server (T2CSS), hereinafter collectively referred to as AMHS, is a message processing component that supports DMS messaging requirements. The equipment configuration consists of process-unique software modules and shares the use of several Commercial Off-The-Shelf (COTS) software. The AMHS is hosted at S-Vaihingen, Germany (central site) and at the Area Processing Center, Kaiserslautern (APC-K), Germany, Continuity Of Operations (COOP) site to provide support for 'secret high' mission critical organizational messaging requirements within the European Theater of Operations (ETO). The Contractor shall provide daily, direct engineering support to the AMHS activities under management of the 5th Signal Command AMHS COR/PM-DMS, Army-E, within the ETO. The Contractor shall serve as the in-country, lead System Administrator (SA) for the AMHS, providing direct support to the other AMHS SA personnel assigned to the 5th Signal Command. The Contractor shall maintain technical sustainment for the 5th Signal Command AMHS systems directly supporting 5th Signal Command mission requirements. The Contractor shall provide formal, contractor-developed, SA training on a recurring basis to ensure that all other AMHS SA personnel are current with all AMHS installed systems software. The Contractor shall provide AMHS design, implementation, problem resolution and architectural recommendations to the COR. The Contractor shall provide AMHS operator and customer base training on a recurring basis as defined in this contract or determined by the 5th Signal Command COR/PM-DMS, Army-E. The Contractor shall provide management, technical and engineering knowledge, skills, expertise and experience necessary to accomplish all requirements under this contract. The Contractor shall provide a level or knowledge, skills, abilities and aptitude in Information Technology (IT) services to support the deliverables of this contract, and to obtain IT certification for the work to be performed by the Contractor. Minimum certification requirements shall be required at the start of the contract. The Contractor shall provide on-site support to customers located throughout Europe. The Contractor shall travel as necessary between Vaihingen, Kaiserslautern, and other to-be-determined (TBD) locations within Germany. All Contractor personnel fall under the Status of Forces Agreement (SOFA) with Germany once they are approved for the Technical Expert Status Accreditation (TESA). German government approval is required for all personnel working in Germany for more than 90 calendar days per 12-month period and may not be granted in all cases. The following timelines are provided for planning purposes. The solicitation will be released on or about 27 January 2012. The estimated period of performance is as follows: Base Year (4 March 2012 - 3 March 2013), Option Year 1 (4 March 2013 - 3 March 2014), Option Year 2 (4 March 2014 - 3 March 2015), Option Year 3 (4 March 2015 - 3 March 2016), Option Year 4 (4 March 2016 - March 2017). The North American Industry Classification System (NAICS) code selected for this acquisition is 541519 (Other Computer Related Services) and the size standard is $25 million. The contracting approach will be for a Firm Fixed Price (FFP) contract under Full and Open competition. The anticipated RFP requires separate Mission Support, Price, and Past Performance Factors to be evaluated based on a Lowest Price Technically Acceptable (LPTA) approach. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. The contractor shall possess a Secret Facility Clearance at time of contract award in order to provide the full services identified in the contract. This procurement is for the resolicitation of services currently being performed under the Air Force NETCENTS multiple-award, Indefinite Delivery/Indefinite Quantity contract FA8771-04-D-0009-0090, awarded to Telos Corporation in August 2010. The current period of performance (P.O.P.) expires on 3 March 2012. The points of contact are Wesley Saway at wesley.j.saway.civ@mail.mil and Tim Harris at timothy.m.harris24.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/873dfef9e48a2b43973cfafa77463d6c)
 
Place of Performance
Address: ITEC4, Fort Huachuca DOC (NCR-CC) ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02654842-W 20120115/120113234754-873dfef9e48a2b43973cfafa77463d6c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.